Loading...
HomeMy WebLinkAboutText File ReportCity of Miami Text File Report City Hall 3500 Pan American Drive Miami, FL 33133 www.ci.miami.fl.us File ID: 05-00904 Type: Resolution Status: Mayor's Office for Signature Enactment #: R-05-0534 Enactment Date: 9/8/05 Version: 2 Introduced: 8/16/05 Controlling Body: City Commission A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, WITH HDR ENGINEERING, INC., THE HIGHEST -RANKED FIRM, PURSUANT TO REQUEST FOR PROPOSALS NO. 04-05-019, TO PROVIDE PROFESSIONAL PROGRAM MANAGEMENT SERVICES FOR THE CAPITAL AND TRANSPORTATION IMPROVEMENT PROGRAM, FOR A ONE-YEAR PERIOD, IN THE AMOUNT NOT TO EXCEED $7,280,878, CONSISTING OF $5,780,679, FOR PRIMARY PROGRAM MANAGEMENT SERVICES, PLUS $1,500,199, FOR SPECIALTY SERVICES FOR THE MIAMI STREETCAR PROGRAM, WITH THE OPTION TO RENEW FOR FIVE ADDITIONAL ONE-YEAR PERIODS; ALLOCATING FUNDS FROM VARIOUS CAPITAL PROJECT ACCOUNTS, SUBJECT TO BUDGETARY APPROVAL. WHEREAS, the City of Miami ("City') has established a sizeable Capital and Transportation Improvement Program currently funded at over $675,000,000 and consisting of 1,100 projects that have been or will be funded through the Homeland Defense and Neighborhood Improvement Bond Program, Miami -Dade County's 'Y2 Cent Transportation Surtax and Miami -Dade County's General Obligation Bond, among other sources for which management and administrative services required far in excess of what can be handled by in-house resources; and WHEREAS, initially commencing in January, 2004, the City Commission authorized the Administration to secure on -going program management services by piggy -backing onto other governmental contracts with well-known and respected consulting finns; and WHEREAS, in an effort to meet this critical need, the City conducted a competitive selection process and issued Request for Proposals ("UP") No. 04-05-019, to secure qualified outside consultants to provide Professional Program Management Services for the Capital and Transportation Improvement Program; and WHEREAS, three proposals were received, evaluated and ranked by an Evaluation Committee; and WHEREAS, pursuant to Resolution No. 05-0289, adopted May 12, 2005, the City Commission accepted the recommendation of the City Manager to approve the findings of the Evaluation committee, that the highest -ranked firm most qualified to provide Program Management Services, is HDR Engineering, Inc„ followed by PBS & 1 and CSA Southeast, Inc.; and City of Miami Page 1 Printed on 9/1312005 WHEREAS, funds in the total maximum amount of $7,280,878, are available from individual Capital Improvement projects or other designated project funds; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble of this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The City Manager is authorized{ I } to execute an Agreement, in substantially the attached form, with FIDR Engineering, Inc., the highest -ranked firm, pursuant to REP No. 04-05-019, for the provision of Professional Program Management services for the Capital and Transportation Improvement Program, for a one-year period, in the amount not to. exceed $7,280,878, consisting of $5,780,679, for primary program management services, plus $1,500,199, for specialty services for the Miami Streetcar Program, with the option to renew for five additional one-year periods, with funds allocated from various Capital Project Accounts, subject to budgetary approval. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.{2} APPROVED AS TO FORM AND CORRECTNESS: JORGE L. FERNANDEZ CITY ATTORNEY City of Miami Page 2 Printed on 9/13/2005